Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Cedar Valley Corp., LLC
Bid of Cedar Valley Corp., LLC for Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron; and Remove Trees, Waterloo, Iowa, FAA AIP 3-19-0094-0046 and 0047-2020 Cedar Valley Corp. 2637 Wagner Road • • Waterloo, Iowa 50703 REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 PROPOSAL FORM FOR RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 FAA AIP 3-19-0094-0047-2020 RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON FAA AIP 3-19-0094-0046-2020 REMOVE TREES FAA AIP 3-19-0094-0047-2020 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws ofthe State of Iowa , a Partnership consisting ofthe following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office ofthe City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joint East Terminal Apron; and Remove Trees -- FAA AIP 3-19-0094-0046 and 0047-2020, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The extent of the work involved is as follows: • FAA AIP 3-19-0094-0046-2020 Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron consists of reconstruction of West Terminal Apron, including removal of the existing bituminous apron pavement ranging in thickness from ten (10) to twelve and one-half (12 1/2) inches in thickness; removal and replacement of the existing base and subbase materials; installation of cement treated permeable base course; installation of approximately 3,400 square yards of 12 1/2 -inch thick Portland Cement Concrete Pavement; reconstruction and installation of three (3) storm sewer structures; and Add Alternate Bid Option for joint cleaning/sealing. • FAA AIP 3-19-0094-0047-2020 Reconstruct Taxiway B South of Runway 18/36 and Remove Trees consists of reconstruction of Taxiway B South of Runway 18/36 with 13-inch Portland Cement Concrete Pavement; removal and replacement of Taxiway B Medium Intensity Edge Lights, wiring and conduit, and replacement with new LED Medium Intensity Taxiway Edge Lights, new conduit and wiring, and LED Guidance Signage; removal of existing subdrain system and installation of new system; pavement marking for Taxiway B; reconstruction of Taxiway C south of Runway 12/30; and clearing and grubbing of trees north of Runway 18/36 and clearing and grubbing of trees west of Runway 18/36. 3. The undersigned, in compliance with your Invitation for Bids dated 5-22-2020 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1:6-8-2020, 2:6-9-2020and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: FAA AIP 3-19-0094-0046 and 0047-2020 P-1 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects i REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 • RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON • REMOVE TREES FAA AIP PROJECT NOs. 3-19-0094-0046 and 0047-2020 1"1'ENl NO. SPEC. NO. ESTIMATED UNIT BID TOTAL BID DESCRIPTION UNIT QUANTITY PRICE PRICE BID PACKAGE #1 - RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL 1 C-105 GP 40-05 GP 50-07 P-101-5.1 PLANS P-152-4.1 P-154-5.1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 MOBILIZATION TRAFFIC CONTROL LS 1 LS 1 CONSTRUCTION SURVEY PAVEMENT REMOVAL LS 1 SY 3,400 $ REMOVAL OF STRUCTURE EA UNCLASSIFIED EXCAVATION 1 CY 1,700 SUBBASE COURSE CY P-209-5.1 CRUSHED AGGREGATE BASE COURSE - 6 INCH 690 SY 3,400 P-307-7.1 CEMENT TREATED PERMEABLE BASE COURSE SY P-501-8. l b P-501-8. l c 10.0-INCH PORTLAND CEMENT CONCRETE PAVEMENT 12.5-INCH PORTLAND CEMENT CONCRETE PAVEMENT 2,440 • SY 960 SY 2,440 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF P-620-5.3c PLANS REFLECTIVE MEDIA (TYPE I, GRADATION A) AIRCRAFT TIEDOWN ANCHORS IN NEW PAVEMENT 3,675 LB 260 SF PLANS D-705-5.1 D-705-5.2 D-705-5.5 PLANS D-751-5.1 AIRCRAFT TIEDOWN ANCHORS IN EXISTING PAVEMENT 4 - INCH PERFORATED SUBDRAIN (SDR 35) COMPLETE INCLUDING POROUS BACKFILL AND FILTER FABRIC 4 - INCH NON -PERFORATED SUBDRAIN (SDR 35) SUBDRAIN CLEANOUT CATCH BASIN, ADJUSTMENT CATCH BASIN 20 SF 10 LFT 270 LFT 165 EA 3 EA 2 EA 2 SUBTOTAL Alternate Bid 1 GP 40-05 TRAFFIC CONTROL LS $ 691 I? • A° 1 2 P-101-5.2 SAW AND SEAL JOINTS LFT 4,950 SUBTOTAL $ as 3 so UU 1 FAA AIP 3-19-0094-0046 and 0047-2020 P-2 AECOM Project #60625545 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 TOTAL PRICE BID ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID TOTAL BID PACKAGE #1 S 711, 31)g `LEO BID PACKAGE #2 - RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 AND REMOVE TREES 1 C-105 MOBILIZATION LS 1 $ $ 2 GP 40-05 LS 1 $ $ TRAFFIC CONTROL 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ $ 4 PLANS CONSTRUCTION BARRICADES LS 1 $ $ 5 C-102-5.1 e INSTALLATION AND REMOVAL OF LF 6,500 $ $ SILT FENCE 6 C-102-5.1 f INSTALLATION AND REMOVAL OF EA 10 $ $ INLET PROTECTION 7 P-101-5.1 PAVEMENT REMOVAL SY 25,440 $ $ 8 P-101-5.6 COLD MILLING SY 220 $ $ 9 P-151-4.1 CLEARING ACRE 6 $ $ 10 P-151-4.2 CLEARING AND GRUBBING ACRE 21 $ $ 11 P-152-4.1 UNCLASSIFIED EXCAVATION CY 3,000 $ $ 12 P-154-5.1 SUBBASE COURSE CY 1,250 $ $ 13 P-209-5.1 CRUSHED INCH AGGREGATE BASE - 6- SY 3,400 $ $ 14 P-307-8.1 CEMENT BASE COURSE TREATED PERMEABLE SY 20,940 $ $ 15 P-501-8.I 8.0 CONCRETE INCH PORTLAND PAVEMENT CEMENT SY 1,070 $ $ 16 P-501-8.1 13.0 CONCRETE INCH PORTLAND PAVEMENT CEMENT SY 18,500 $ $ 17 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 10,200 $ $ 18 P-620-5.3c REFLECTIVE GRADATION A) MEDIA (TYPE I, LB 225 $ $ 19 D-705-5.3 6 (SDR POROUS - INCH 35) PERFORATED COMPLETE BACKFILL AND INCLUDING SUBDRAIN FILTER LFT 6,380 $ $ FABRIC 20 D-705-5.4 6 SUBDRAIN - INCH NON (SDR -PERFORATED 35) 200 $ $ LFT 21 D-705-5.5 SUBDRAIN CLEANOUT EA 21 $ $ 22 D-751-5.1 CATCH BASIN EA 6 $ $ FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-3 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID TOTAL PRICE BID 23 T-901-5.1 SEEDING AC 30 $ $ 24 T-905-5.1 TOPSOIL REMOVED TAXIWAY (OBTAINED FROM B STOCKPILE) ON SITE OR - CY 790 $ $ 25 T-908-5.1 MULCHING AC 30 $ $ 26 L-108-5.1 NO. CABLE, DUCT 8 AWG, BANK INSTALLED SKV, OR CONDUIT L-824, IN TRENCH, TYPE C LF 10,500 $ $ 27 L-108-5.2 NO. CABLE, DUCTBANK 6 AWG, INSTALLED 5KV, OR CONDUIT. L-824, IN TRENCH, TYPE C LF 100 $ $ 28 L-108-5.3 NO. COUNTERPOISE IN BANK GROUND CONNECTORS TRENCH, 6 AWG, OR CONDUIT, RODS BARE ABOVE AND WIRE, COPPER THE INCLUDING GROUND INSTALLED DUCT LF 7,700 $ $ 29 L-110-5.1 CONCRETE DUCT SCHEDULE BACK, ENCASED 40 4-WAY, PVC 4-INCH ELECTRICAL LF 160 $ $ 30 L-110-5.3 NON CONDUIT, -ENCASED 2-INCH ELECTRICAL SCHEDULE 40 PVC LF 7,700 $ $ 31 L-115-5.4 ELECTRICAL HANDHOLE, L-868 EA 4 $ $ 32 L-115-5.4 ELECTRICAL 20 HANDHOLE, 2'0" BY EA 6 $ $ 33 L-125-5.1 L-861T(LED)TAXIWAY LED EDGE LIGHT - EA 65 $ $ 34 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, EA 6 $ $ LED, 1 (ONE) MODULE 35 L-125-5.4 AIRFIELD LED, 2 (TWO) GUIDANCE MODULE SIGN, SIZE 1, EA 2 $ $ 36 L-125-5.4 AIRFIELD LED, 1 (ONE) GUIDANCE MODULE SIGN, SIZE 3, EA 1 $ $ 37 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, EA 2 $ $ LED, 3 (THREE) MODULE 38 L-125-5.5 L-804 (LED) RUNWAY GUARD LIGHT EA 2 $ $ 39 L-125-5.6 LF 700 $ $ REMOVE DUCT BANK 40 L-125-5.7 REMOVE TAXIWAY EDGE LIGHT EA 68 $ $ 41 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12 $ $ 42 L-125-5.8 REMOVE AIRFIELD GUIDANCE SIGN EA 19 $ $ FAA AIP 3-19-0094-0046 and 0047-2020 P-4 AECOM Project #60625545 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 DESCRIPTION UNIT ESTIMATED QUANTITY UNIT BID TOTAL PRICE BID ITEM SPEC. NO. NO. PRICE ASPHALT SURFACE COURSE TON 28 $ $ 43 P-401 44 P-603 EMULSIFIED ASPHALT TACK COAT GAL 30 $ $ 45 D-701 10" CONCRETE CLASS III, PIPE REINFORCED LF 503 $ $ TOTAL BID PACKAGE #2 $ 3 Li R7C StI TOTAL BID BID PACKAGE #1 PLUS BID PACKAGE #2 1 $ q r53 aalt� - 4. It is the Airports intention to evaluate bids reviewing both the Base Bid and Add Alternate Bid. The Airport 35has limited funds available and will award only what funding allows. The Airport reserves the right to award the36 contract based on the Base Bid only or the Base Bid plus Add Alternate Bid Option. 5. The undersigned understands that the above quantities of work to be done are approximate only and are 2intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract seven and eighty-two hundredths (7.82%) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian - Pacific Americans, and Asian -Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract FAA AIP 3-19-0094-0046 and 0047-2020 P-5 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within sixty-five (65) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. FAA AIP 3-19-0094-0046 and 0047-2020 P-6 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. 16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. FAA AIP 3-19-0094-0046 and 0047-2020 P-7 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure. 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed-- (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on -going drug -free awareness program to inform such employees about -- (a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug -free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; FAA AIP 3-19-0094-0046 and 0047-2020 P-8 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will-- (5) (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace; (7) (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1 a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001. 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of Bid Bond 5% b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." FAA AIP 3-19-0094-0046 and 0047-2020 P-9 Waterloo Regional Airport • AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 26. The Bidder shall indicate whether the bid is submitted by a/an: Individual, Sole Proprietorship Partnership Corporation Joint -venture: all parties must join -in and execute all documents Other ■ ■ ■ ■ Respectfully submitted, Bidder Cedar Valley Corp LL By William C. Calderwoo Signature Senior Vice President Title 2637 Wagner Road Address Waterloo_ IA 50703 (Include Zip Code) 319-235-9537 Telephone No. FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 FY 2020 FAA AIP Projects P-10 Waterloo Regional Airport REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Black Hawk ) William C Calderwood (1) He is Officer , being first duly sworn, deposes and says that: (Owner, Partner, Officer, Representative, or Agent) of Cedar Valley Corp.. LLC , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, represent Ives, owners, employees, or parties in interest, including this affiant. y' Subscribed and sworn to before me this 0-1.An dayof -e_ My Commission Expires -S\x 1 cy‘ a 2oot (Signed) Tim C. tat'denvoo Title Senior Vice President FAA AIP 3-19-0094-0046 and 0047-2020 P-12 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of ) )ss County of ) , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of , 20 . Title My Commission Expires , 20 . FAA AIP 3-19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Reconstruct Taxiway B South of Runway 18/36 Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron Remove Trees FAA AIP Project Nos. 3-19-0094-0046 and 0047-2020 Cedar Valley Corp., LLC COMPANY William C. Calderwood Senior Vice President EXECUTIVE OFFICER Destiny Dietrick AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 2637 Wagner Road Waterloo, IA 50703 PHONE NUMBER 319-874-6660 FAA AIP 3-19-0094-0046 and 0047-2020 P-14 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 2. Co -Partnership 3. Corporation ■ ■ 13 B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation Iowa Names and Addresses of Officers: President Secretary Treasurer Stephen R. Jackson David M Rrauer David M. Brauer FAA AIP 3-19-0094-0046 and 0047-2020 P-15 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder Cedar Valley. Corp., LLC Business Address 2637 Wagner Roast Waterloo IA 50703 Individual ( ) Partnership ( ) Corporation (x) (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. 1 2 3 4 5 Name of Owner Name of Location of Amount of Project Project Contract Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed) IDOT Certification includ (By) William C. Caldenvood (TITLE) Senior Vice President Date 6-11-2020 Cedar Valley Corp , Ur .C' Name of Company FAA AIP 3-19-0094-0046 and 0047-2020 P-16 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) ® The bidder/offeror is committed to a minimum of 7.82 % DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of 7.82 %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Cedar Valley Corp._ LLC Bidder's/Offeror's Firm Name ik Signature William C. Calderwood 6-11-2020 Date DBE UTILIZATION SUMMARY Contract Amount Percentage DBE Prime Contractor $ x 1.00 = DBE Subcontractor $ 3 all 791 x 1.00 = DBE Supplier $ x 0.60 = DBE Manufacturer $ x 1.00 = Total Amount DBE DBE Goal DBE Amount $ 3Argalet $3011 g'!4' Contract Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-17 Waterloo Regional Airport FY 2020 FAA AIP Projects May 5, 2020 CEDAR VALLEY CORP., LLC. 2637 WAGNER ROAD WATERLOO, IA 50703 quotes@cedarvalleycorp.com, daveb@cedarvalleycorp.com; sdavis@cedarvalleycorp.com Dear Contractor: We acknowledge receipt of your CPA Audited Financial -Experience -Equipment Statement for the period closing November 30, 2019. This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation This statement expires on May 31, 2021. Your maximum pre -qualification for all incomplete work is Your prequalification categories on file with this office are listed on the enclosed page. We acknowledge receipt of your Bidder Status Form dated April 30, 2020. We will retain this form on file. Each time you submit an electronic bid on a non-federal aid proposal you will certify the accuracy of this information. You are required to submit a new form whenever the information that you have supplied changes or whenever you submit a Contractors Financial Experience Equipment Statement (Form 650004). Unless otherwise specified in the contract documents, bidder status forms must be on file in this office by noon the day prior to the letting in order to be approved as a valid bidder. Sincerely, Daniel C Stokes Prequalification Analyst NOTE: Iowa Code Chapter 91C requires that all contractors register with the Iowa Division of Labor - Contractor Registration before performing any construction work in the state of Iowa. If your business provides any type of plumbing, mechanical, HVAC, refrigeration, sheet metal or hydronic systems services, you are required to obtain a license with the Plumbing & Mechanical Systems Board before applying with contractor registration. Inquiries should be directed to: Iowa Division of Labor - Contractor Registration Phone: 515-242-5871 I Fax: 515-725-2427 contractor.registration(a�iwd.iowa.gov I www.iowacontractor.gov L I [515-239-1414] I [dot.contracts@iowadot.us] www.iowadot.gov Address: [800 Lincoln Way, Ames, IA 50010] PREQUALIFICATION CATEGORIES Approved per Article 1102 01, Competency and Qualification of Bidders, as of May 5, 2020 for (CE099) CEDAR VALLEY CORP., LLC. ALTERNATE PAVT TYPE : (H1) ALTERNATE PAVEMENT TYPE PCC PAVEMENT : (P1) PCC PAVEMENT (P2) PCC PAVEMENT - MINOR BUILDING : (B2) BUILDING DEMOLITION MISCELLANEOUS : (M1) MISCELLANEOUS Page 1 of 1 Bidder/Offer DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: Work item(~) to he performed by DBE r EETTIR O1< INTENT Disadvant't&r Business Enterprise (This page shall be vtrhtnrtned %r each DBE:Jinn) Name: Address: Cif): E F3E Finnr Address: City: 1/ C oceetn COQ LLC 37 14/1/60-4 1'L/1italPttcl/ State: -. Zip: S72C3 �7D Zip:_ Name: i ,Z 1 ;"ie t trt Phone: Expiration Date: shalt submit ❑Prime Contractor ❑\-lanufac' Curer Description of Work Item •. (Stich a.a tt J)J!O i L JSubcoutrac. ❑ Supplier Quantity )(7;') RI t/jet. • c • tl loin' Venture • Fotal The bidder/offeror is committed to utilizin cstimatect participation is as follows: DBE contract amount: he. aboye-named DBE I rrn for the 'k described above. The OU • �� ) I Zr r Percent of total contract: %EFIRMATION T'hc above-n amed DBE firm affirms that. it will perform the portion oft he contract for the a: abovt,. Note: In the event the bidder//offer or does not receive award ofthe prime contract, Letter of Intent and MTh motion shall ne null and void. imated dollar value as stated tv and all representations in this FAA Alf' 3-19-0094-0046 and 0047-2020 lFICOM Project f60625545 f crloo Regional Airport FY 2020 FAA Alt' Projects GETTING YOU THERE January 31, 2020 Vallarie Holm Tiedt Nursery, Ltd, 2419 E Bremer Avenue Waverly IA 50677 RE: Affidavit of Continued DBE/ACDBE Certification Eligibility Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation, The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C F,R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved, Your firm's Disadvantaged• Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at https:/lsecure.iowadoLgov/DBE/Home/Index/, will continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code: 237990, 238990, 561730 Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application Landscaping (Trees and Shrubs) Mowing, and Retaining Walls; Supplier Trees, Shrubs, Seed, Fertilizer, Erosion Control Products Plastic Tubing, and Fencing As a DBE, you have the responsibility tocomply with all aspects of 49 C.F.R. Part 26 maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have. any questions, please contact this office Sincerely, act_ Danny Wagener Civil. Rights Compliance Officer 515-239-14221 eal ldanny.wagener©iowadot.us} wwwiowadot.gov Address: Givii Rights Bureau 800 Lit* Way, Ames, IN 50010 Bidder/Offer DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) C Name. ��% �.�L an:1 LL-C Address: 8/0 3 ? GIiir6,tl %e9no City:t/sf t s2.. e, State: Yet Zip: So-793 DBE Firtn:OEL Construction Services, Inc. Address: 1306 River Road S city: Steamboat Rock State: IA zip: 50672 Name:Jennifer Ingledue Phone: 641)868-2222 Iowa DOT Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Prime Contractor LaSubcontractor ❑Joint Venture Manufacturer Supplier Description S n S of i Work A L Item Quantity Total to Work be performed DBE item(s) by I o f 11 t IC , 16 9 � �� (Zc IN -rNelks-) t am j'c%C. - .�:,. 1 / The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ -Leg�OS� Percent of total contract: AFFIRMATION: The above -named DBE tirm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: f ignature President (7' tle) Note: In the event the bidder/offet or does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA AIP 3-19-0094-0046 and 0047-2020 P-17 Waterloo Regional An port AECOM Project #60625545 FY 2020 FAA AIP Projects May 6, 2009 Certificate No. CF09261 vantaged usiness Enterprise ertification This Certifies That EL Construction Services, Inc. %Ias met the requirements under the rules promulgated by the U.S. Department of Transportation pursuant to 49 Code of Federal Regulations, Part 26, and is eligible to participate as a Disadvantaged Business Enterprise in the Iowa Department of Transportation DBE Program Walter Reed, Jr., Civil Rights Coordinator Todd A. Sadler, Director, Office of Employee Services This certification may be revoked by the department upon finding of ineligibility and said company is subject to examination at any time and maybe required to supply additional information for review notwithstanding the issuance of this certificate. JUN/10/2J21/WE� ..5:51 PM RORMARK CONSTRUCTION FAX Ho, 515 985 9573 P, OU1 Bidder/Offer DBE Firm: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Name: Address_ 4V-4031 J City: V&% J c Lam- V yvtAA,r co Rf State: '-.JVE Zip: 1-0-7 v - DBE Firm: r tie Address: rip 3 1 D y w r o e i< c C f 'Q a 190 City: 6 r t 0" ',' State: T /% Zip: el(/( DBE Contact Persona: Name: .\ 04- C-+ a Y Phone: (r19f b/ 2 7 DBE Certifying Agency: Q a T Classification: Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. i�Prime Contractor Manufacturer J ubcontractor El Supplier Joint Venture Work to be performed DBE item(s) by Quantity Total Description of Worlc Item 1 8 to tt list 16 S bob Mitt c-t_ Oavcd-,l4..90A7 f i The bidder/offeror is conunitted to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ 065 Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: alure) F I f4 ti N i Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter: of Intent and Affirmation shall be null and void. FAA A1P 3-19-0094-0046 wad 0047-2020 AECOM Project #60625545 P-17 Waterloo Regional Airport FY 2020 FAA AIP Projects J UtN/ 1 72J2'/W : 05:51 PM DORMARK CONSTRUCTION FAX No, 515 983 57 P, 012 C7 m 00 a 4-1 U Oa cNin Date Certified: can rast 0 op N c: • ,—i This Certifies Dormark Construction Compare 0 Cfr—t H 0 °' A Cd fat Q r-e &'G o cj tzm .A A C� Ctl 4 f' cd PI 2 pi irt QJ a) ks 8 ro ke gisg ib Todd A. Sadler, Director, Office of Employee Services a t 8 cw g P tact Q bA Aga ed ttl N 7 Qel min W L] � o irt 0 ta o. JUN/10/2: 20/WEE 5: 51 DM DORMARK CONSTRU:T I ON FA No, 515 9: j S573 F, 800 Lincoln Way, Anies, Iowa 50010 August 22, 2012 Tim Bayse Dormark Construction Co. P.O. Box 530 Grimes, JA 50111-0530 �;. ans o •ti•n Phone: 515-239-1422 Fax: 515-817-6502 Dear Mr. Bayse: The Iowa Department of Transportation (Iowa DOT) has approved the eligibility of Dormark Construction Co. for credit on Iowa DOT contracts performing a commercially useful function in the area(s) of Heavy Highway Construction with preferred work in the areas of: Attenuatois, Bridges, Bridge Approaches, Concrete (Driveways, Sidewalks, and Misc. Flatwork), Concrete Barrier Rail, Crash Cushions, Dowels (Drill & Epoxy), Flowable Mortar, Geo Grid, Paved Sidewalk/Recreational Trails, Pavement Joints (Sealing, Sawing, and Routing), Paving Baskets, Reinforcing Steel (Installation), Removals, Shoulder's (Paved) and Temporary Barrier Rail (NAICS Code: 237310). For record -keeping purposes Iowa DOT is counting Dormark Construction Co. as a Minority Disadvantaged Business Enterprise (M/DBE) If the firm should develop the resources, including equipment and personnel to become involved in other areas, you should notify our office before quoting contracts in those other areas. Enclosed with this approval letter is your DBE Certification Certificate. Your firm's name will be retained on our list of certified DBE's This determination is based on information provided to the Iowa DOT on the Vilified Certification Program Application (IJCPA) for Determining Disadvantaged Business Enterprise, and the Social and Economic Disadvantaged Forms. Should. this information change, you must complete a new application within 10 days of the change. In addition, Iowa DOT reserves the right to rescind this certification, should the information upon which it is based is proven false, inaccurate, or misleading. Annually you will be required to submit an Affidavit of Continued DBE Certification Eligibility Form (provided by this office), a No Change Affidavit, and all supporting documentation. If you have any questions, please feel free to contact this office. Very truly yours, Len A. Hill, Sr. Compliance Auditor REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non -building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this certification statement with their proposal. The Bidder or Offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". J El The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the Bidder or Offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety). FAA AIP #3-19-0094-046 AECOM Project #60562796 Rehabilitate West Terminal Apron P- 19 Waterloo Regional Airport REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 • b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non -domestic product. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 6-11-2020 Date Cedar Valley Corp.. LLC Company Name Signature William C. Calderwo Title Senior Vice Presirlent FAA AIP #3-19-0094-046 P-20 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/19/2010) Instructions for Permissible Waivers Section 50101(b)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy american_waiver.xls Section 50101(b)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contractprovisions/media/buy_american_waiver.x1s Section 50101(b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www.faa.gov/airports/aip/procurement/federal contract.arovisions/media/buy american waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(b)(4) Waiver: 1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-21 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO JUNE 8, 2020 con W •a) ;si Ago 44 E P q� ®® Ii yu 741 ..1 E 4e u 4 4 6: • • • • • vas 4) • efts Do not combine the component cost Lei 4i • Q1 .r. W' Q) 0 • 1• (1.) • CiTh Q) 4i 4�i • 4- • • N • • .,r . NN 4- re) In to 1r en 1n In • L U O E .Z O • N tel cez • ajZ '. .ti rge .. c � o W l cn ((Inn •,v �i 7• .- .� � N z, ( CV U U O O.1') fi Q O z -,. • E An authorised person shall attest under signature and date that the submitted information is accurate and complete. • Equipment Type: Component/Subcom ionent Costs: Sum of US Manufacture 0 0 —PP A� 1 1 cdn r^� cs cip i-�-r CID Percentage of Equipment Components Manufactured in the nited States: 0 0 Certification Signature 0 identiffuec move. The .3iLder certifies that 6 b 44 1 d CJ cJ n E E urn •b Q r La C9 co.) 0 cct C) C) sn Bidder's Firm Name Waterloo Regional Airport FAA AIP 3-19-0094-0046 and 0047-2020 FY 2020 FAA AIP Projects AECOM Project #60625545 REVISED PER ADDENDUM NO. '1 JUNE 8, 2020 Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: httplAnnv.faa.gov/airports/aip/proczirement/federal • Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list. Equipment Type All is Name of Manufacturer Product Number Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.faa.gov/airports/aip/procurement/federal contractjrovisions/medialbuy american waiver.xls I hereby certify the above information is accurate and complete. Cedar Valley Corp._ LT.0 Bidgel''s Finn Name Signs William C. Calderwood 6-11-2020 Date FAA AIP 3-19-0094-0046 and 0047-2020 P-23 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects 6/11/2020 Letting Date: 6-11-20 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC DESCRIPTION UNIT Project: Reconstruct Txwy B 8 West Terminal Apron Location: Waterloo Airport ESTIMATED UNIT BID PRICE Addendum No. 1, 2 TOTAL BID PRICE BID PACKAGE #1 - RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL 1 C-105 MOBILIZATION LS 1.000 48,200.00 48,200.00 2 GP 40-05 TRAFFIC CONTROL LS 1.000 5,500.00 5,500.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1.000 7,000.00 7,000.00 4 P-101-5.1 PAVEMENT REMOVAL SY 3,400.000 6.50 221100.00 5 PLANS REMOVAL OF STRUCTURE EA 1.000 1,500.00 1,500.00 6 P-152-4.1 UNCLASSIFIED EXCAVATION CY 1,700.000 12.00 20,400.00 7 P-154-5.1 SUBBASE COURSE CY 690.000 62.50 43,125.00 8 P-209-5.1 CRUSHED AGGREGATE BASE COURSE - 6 INCH SY 3,400.000 20.00 68,000.00 9 P-307-7.1 CEMENT TREATED PERMEABLE BASE COURSE SY 2,440.000 28.98 70,711.20 10 P-501-8.1b 10.0-INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 960.000 82.48 79,180.80 11 P-501-8.1c 12.5-INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 2,440.000 89.79 219,087.60 12 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 3,675.000 5.50 20,212.50 13 P-620-5.3c REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 260.000 5.00 1,300.00 14 PLANS AIRCRAFT PAVEMENT TIEDOWN ANCHORS IN NEW SF 20.000 400.00 8,000.00 15 PLANS AIRCRAFT TIEDOWN ANCHORS IN EXISTING PAVEMENT SF 10.000 600.00 6,000.00 16 D-705-5.1 4 - 35) BACKFILL FABRIC INCH PERFORATED SUBDRAIN (SDR COMPLETE INCLUDING POROUS AND FILTER LFT 270.000 15.00 4,050.00 17 D-705-5.2 4 - INCH NON -PERFORATED SUBDRAIN (SDR 35) LFT 165.000 8.50 1,402.50 18 D-705-5.5 SUBDRAIN CLEANOUT EA 3.000 1,750.00 5,250.00 19 PLANS CATCH BASIN, ADJUSTMENT EA 2.000 9,500.00 19,000.00 20 D-751-5.1 CATCH BASIN EA 2.000 19,500.00 39,000.00 SUBTOTAL 6891019.60 Alternate Bid 1 GP 40-05 TRAFFIC CONTROL LS 1.000 5,500.00 5500.00 2 P-101-5.2 SAW AND SEAL JOINTS LFT 4,950.000 3.40 16830.00 SUBTOTAL 22,330.00 CV11/2020 Letting Date: 6-11-20 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC DESCRIPTION Project: Reconstruct Txwy B & West Terminal Apron Location: Waterloo Airport ESTIMATED UNIT UNIT BID PRICE Addendum No. 1, 2 TOTAL BID PRICE TOTAL BID PACKAGE #1 711,349.60 BID PACKAGE #2 - RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 AND REMOVE TREES 1 C-105 MOBILIZATION LS 1.000 277,377.00 277,377.00 2 GP 40-05 TRAFFIC CONTROL LS 1.000 27,250.00 27,250.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1.000 30,000.00 30,000.00 4 PLANS CONSTRUCTION BARRICADES LS 1.000 25,000.00 25,000.00 5 C-102-5.1e INSTALLATION FENCE AND REMOVAL OF SILT LF 6,500.000 1.75 11,375.00 6 C-102-5.1f INSTALLATION AND REMOVAL OF INLET PROTECTION EA 10.000 295.00 2,950.00 7 P-101-5.1 PAVEMENT REMOVAL SY 25,440.000 4.52 114,988.80 8 P-101-5.6 COLD MILLING SY 220.000 20.00 4,400.00 9 P-151-4.1 CLEARING ACRE 6.000 4,000.00 24,000.00 10 P-151-4.2 CLEARING AND GRUBBING ACRE 21.000 4,250.00 89,250.00 11 P-152-4.1 UNCLASSIFIED EXCAVATION CY 3,000.000 10.00 30,000.00 12 P-154-5.1 SUBBASE COURSE CY 1,250.000 61.00 76,250.00 13 P-209-5.1 CRUSHED AGGREGATE BASE - 6- INCH SY 3,400.000 20.00 68,000.00 14 P-307-8.1 CEMENT TREATED PERMEABLE BASE COURSE SY 20,940.000 26.32 551,140.80 15 P-501-8.1 8.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 1,070.000 88.04 94,202.80 16 P-501-8.1 13.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 18,500.000 72.40 1,339,400.00 17 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 10,200.000 5.50 56,100.00 18 P-620-5.3c REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 225.000 5.00 1,125.00 19 D-705-5.3 6 - INCH 35) COMPLETE BACKFILL FABRIC PERFORATED SUBDRAIN (SDR INCLUDING POROUS AND FILTER LFT 6,380.000 14.00 89,320.00 20 D-705-5.4 6 - INCH NON -PERFORATED SUBDRAIN (SDR 35) LFT 200.000 8.50 1,700.00 21 D-705-5.5 SUBDRAIN CLEANOUT EA 21.000 1,750.00 36,750.00 22 D-751-5.1 CATCH BASIN EA 6.000 19,000.00 114,000.00 Page 2 a15 6/>>rz020 Letting Date: 6-11-20 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC DESCRIPTION Project: Reconstruct Txwy B & West Terminal Apron Location: Waterloo Airport ESTIMATED UNIT UNIT BID PRICE Addendum No. 1, 2 TOTAL BID PRICE 23 T-901-5.1 SEEDING AC 30 000 900.00 27,000.00 24 T-905-5.1 TOPSOIL (OBTAINED ON SITE OR REMOVED FROM STOCKPILE) - TAXIWAY B CY 790.000 12.00 9,480.00 25 T-908-5.1 MULCHING AC 50.000 1,825.00 91,250.00 26 L-108-5.1 NO. 8 AWG, 5KV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT LF 10,500.000 1.00 10,500.00 27 L-108-5.2 NO. 6 AWG, 5KV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCTBANK OR CONDUIT. LF 100.000 1.25 125.00 28 L-108-5.3 NO. 6 AWG, BARE COPPER COUNTERPOISE WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS LF 7,700.000 0.85 6,545.00 29 L-110-5.1 CONCRETE ENCASED ELECTRICAL DUCT BACK, 4-WAY, 4-INCH SCHEDULE 40 PVC LF 160.000 38.00 6,080.00 30 L-110-5.3 NON -ENCASED ELECTRICAL CONDUIT, 2- INCH SCHEDULE 40 PVC LF 7,700.000 2.10 16,170.00 31 L-115-5.4 ELECTRICAL HANDHOLE, L-868 EA 4.000 900.00 3,600.00 32 L-115-5.4 ELECTRICAL HANDHOLE, 2'0" BY 2'0" EA 6.000 3,500.00 21,000.00 33 L-125-5.1 L-861T(LED)TAXIWAY EDGE LIGHT - LED EA 65.000 970.00 63,050.00 34 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 1 (ONE) MODULE EA 6.000 2,400.00 14,400.00 35 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 2 (TWO) MODULE EA 2.000 3,000.00 6,000.00 36 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 3, LED, 1 (ONE) MODULE EA 1.000 2,670.00 2,670.00 37 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 3 (THREE) MODULE EA 2.000 3,275.00 6,550.00 38 L-125-5.5 L-804 (LED) RUNWAY GUARD LIGHT EA 2.000 3,325.00 6,650.00 39 L-125-5.6 REMOVE DUCT BANK LF 700.000 7.00 4,900.00 40 L-125-5.7 REMOVE TAXIWAY EDGE LIGHT EA 68.000 255.00 17,340.00 41 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12.000 258.00 3,096.00 42 L-125-5.8 REMOVE AIRFIELD GUIDANCE SIGN EA 19.000 525.00 9,975.00 Page 3 M 5 Letting Date: 6-11-20 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC DESCRIPTION Project: Reconstruct Txvry B & West Terminal Apron Location: Waterloo Airport ESTIMATED Addendum No. 1, 2 QUANTITY -.... ___..................... ._ ......... . 43 P-401 ASPHALT SURFACE COURSE TON 28 000 640.00 17,920.00 44 P-603 EMULSIFIED ASPHALT TACK COAT GAL 30.000 10.00 300.00 45 D-701 10" CLASS III, REINFORCED CONCRETE PIPE LF 503.000 65.00 32,695.00 TOTAL BID PACKAGE #2 3,441,875.40 TOTAL BID - BID PACKAGE #1 PLUS BID PACKAGE #2 4 153 225.00 ,y Jet5 en Cit.° 20 Letting Date: 6-11-20 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC Addendum No. 1, 2 DESCRIPTION UNIT Project: Reconstruct Txvry Location: Waterloo Airport ESTIMATED QUANTITY B & West Terminal Apron UNIT BID PRICE TOTAL BID PRICE SUBMITTED BY CEDAR VALLEY CORP., LL C 4Q k„A Willia ' . Calderwood, Senior Vice President Signature • Page 5 of 5 REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Cedar Valley Corp., LLC as Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five Percent (5%) of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated June 11 ,20AI for Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron; and Remove Trees at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19-0094- 0046 and 0047-2020. NOW, THEREFORE, (A) If said Bid shall be rejected, or in the alternate, (B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the Specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid or execute such Contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by theiproper officers this 9th day of June , A.D., 20 20 Are /_ z scerr ci)ecisSO-C- it vner Princip By (Title)�Vil i m C. Calderwood, Senior Vice President Cedar Valley Corp., LLC (Seal) Sur B (Attorney -In -Fact) ! one ;ci. Y f ung Liberty Mutual Insurance Company (Seal) FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-11 Waterloo Regional Airport FY 2020 FAA AIP Projects This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610.832.8240 between 9:00 am and 4:30 pm EST on any business clay, Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Craig E. Hansen, Jav D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner, Stacy Venn, Tim McCulloh, Shirley S. Bartenhagen, Dione R. Young of the city of West Des Moines state of Iowa its true and lawful attomey-in-fact, with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Cedar Valley Corp., LLC Obligee Name: Waterloo Regional Airport Surety Bond Number: Bid Bond Bond Amount: See Bond Form IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of March 2017. By: STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wes merican Insurance Company 2 David tvro-arey, Assistant Secretary On this 3001 day of March 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper MerionTwp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. My power or authority granted to any representative or attorney - in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys - in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. B Teresa Pastella, otary Public J IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this9th day of June 9020 By: Se ee C. Lle ellyjt,Assistant Secretary